Chaston Waller
Panama City, FL 32404
USA
Amendment 1: The purpose of this amendment is to add the updated Statement of Work to the attachments/links tab. REQUEST FOR INFORMATION (RFI) ONLY This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation; the U.S. Government is conducting market research. In addition, the Government is requesting any feedback or...
View moreEOD Trailers RFI
—
EOD Trailers RFI
—
1. PURPOSE
The Air Force has a need for 7’ x 20’ long enclosed trailers to support the installation Explosive Ordnance Disposal (EOD) emergency response and Defense Support of Civil Authorities (DSCA) missions at specific bases across the Air Force (see EOD Response Trailer Fielding Locations attachment for details – subject to change). These trailers will haul all required, full-spectrum equipment to defeat explosive threats from conventional, radiological, biological, and chemical explosives, with equipment such as robotic platforms, aircraft tools, recon items, energetic tools, Self-Contained Breathing Apparatus, X-Ray systems, and other specialized equipment. It is expected to safely traverse at recommended posted speed; all normal highways, roadways and improved/unimproved (gravel or dirt) roads as well as off-road surfaces such as flat grass, dirt, sand and rock. Once on site, these trailers will serve as the EOD Response climate-controlled (HVAC) Workspace, and power as required to conduct operations. The trailers must meet or exceed the minimum characteristics stated in the statement of work.
The Government appreciates responses from all capable and qualified sources. Responders are requested to describe in clear and concise language their company's capabilities to meet the requirements of this RFI - indicating examples of commercial products and specifications related to this effort. Failure to provide this may result in the government being unable to adequately assess your capabilities. If your company lacks sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, clearances, etc…).
Included in your response, please provide the following business information for your company/institution and for any teaming or joint venture partners:
b. Address
c. Business size (Large or Small), Socio-Economic Status (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, Woman-Owned Small Business, etc.) and associated NAICS code under which the company conducts business
d. Any existing federal contract vehicles and/or schedule that the solution is currently being procured through and its related information that the company has in place that can be used by the federal government for ALL services requested. (i.e., GSA Schedule, etc.),
e. Point of Contact (Name(s), phone number(s), email address(es))
f. Active CAGE Code
g. SAM Unique Entity ID (UEI)
h. Company Overview
i. Capabilities Statement
j. Does your company manufacture this type of equipment?
k. Is your company a reseller of this type of equipment manufactured by a different company?
l. Are there other NAICS codes that you believe would be a better fit for this requirement?
Please indicate whether your company has conducted business with any Government entity in the past for the same or similar type product. If so, please indicate with which components and please provide a detailed description of the equipment/services that were provided.
The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held with vendors who provide comprehensive responses to the questions posed. Only one submission will be reviewed per vendor for this RFI.
Only electronic submissions will be accepted. Your response must be delivered - via email - to Mr. David Woodford, Contracting Officer, and Chaston Waller, Contracting Officer, by the response due date below.
Responses are due no later than 1700 EST on 09 March 2026.
Primary Point of Contact: David Woodford, Contracting Officer, [email protected]
Secondary Point of Contact: Chaston Waller, Contracting Officer,
ATTACHMENTS: